SOLICITATION NOTICE
65 -- Dental Manikins for use at AMEDD Center and School, Fort Sam Houston, Texas.
- Notice Date
- 9/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K00-10-T-0370
- Response Due
- 9/21/2010
- Archive Date
- 11/20/2010
- Point of Contact
- Donna Dechert, 210-221-3159
- E-Mail Address
-
Great Plains Regional Contracting Ofc
(donna.dechert@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. W81K00-10-T-0370 is issued as a request for quotation. This acquisition is unrestricted under NAICS code 339114, Size Standard 500 employees. The requirements in this solicitation are: 1. Aluminal Head with Removable Buccal Plates, Model AH-1-BP, 36 each; 2. Fletcher Plassein Head, Dentoform and Mount are not included, Model XPH-2, 32 each; 3. Articulated Dental Hygiene Dentoform with Soft Gingival Insert and 32 natural root teeth, Model M-YNR-1560, 34 each; 4. Articulated Soft Gingiva Dentoform with Removable Ivorine Numbered Teeth and Front Screws for Mounting Rubber Dams, Model SM-PVR-860, 8 each; 5. Chair Mount Clamp device grips metal plate supporting the headrest of most modern chairs. Supplied with Universal ball-joint which allows for rotation of head into a variety of positions, Model M-1R-10, 24 each; and 6. Drainage Mask, Latex Throat, Model Th-2, 16 each. Vendors shall quote on brand name only in accordance with FAR 11.105(a)(2)(ii). Manufacturer: Columbia Dentoform, the original equipment manufacturer. Delivery date is no later than October 21, 2010. Place of delivery and acceptance is AMEDD Center and School, Fort Sam Houston, TX, 78234-6200. FOB destination is preferred. This solicitation incorporates one or more clauses and provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause and provision may be accessed electronically at this address: http://farsite.hill.af.mil. The following clause is incorporated by reference: 52.214-4, Contract Terms and Conditions Commercial Items, Oct 2008. Addendum to FAR 52.212-4: The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. The following clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, Jul 2010; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, Sep 2006; 52.222-3 Convict Labor, Jun 2003; 52.222-19 Child Labor-Cooperation with Authorities and Remedies, Jul 2010; 52.222-21 Prohibition of Segregated Facilities, Feb 1999; 52.222-26 Equal Opportunity, Mar 2007; 52.222-36 Affirmative Action for Workers with Disabilities, Jun 1998; 52.222-50 Combatting Trafficking in Persons, Aug 2007; 52.225-13 Restrictions on Certain Foreign Pruchases, Jun 2008; 52.232-33 Payment by Electronic Fund Transfer Central Contractor Registration, Oct 2003; 52.233-3 Protest After Award, Aug 1996; 52.233-4 Applicable Law for Breach of Contract Claim, Oct 2004; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, Jan 2009; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, Jan 2009; 252.204-7003 Control of Government Personnel Work Product, APR 1992; 252.225-7001 Buy American Act and Balance of Payments Program, Jan 2009; 252.225-7002 Qualifying Country Sources as Subcontractors, Apr 2003; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, Mar 2008; and 252.232-7010 Levies on Contract Payments, Dec 2006. The following clauses will be incorporated in full text: 52.222-99 Notification of Employee Rights under the National Labor Relations Act, Dev 20100O0013, Jun 2010; 52.252-6 Authorized Deviation in Clauses, Apr 1984; 252.204-7008 Export-Controlled Items, Apr 2010; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Jun 2010 Deviation; 52.212-5 Contact Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Jul 2010 Deviation; and 52.252-2 Clauses Incorporated by Reference, Feb 1998. The following provision is incorporated by reference: 52.212-1 Instructions to Offerors Commercial Items, Jun 2008; Addendum To 52.212-1. The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. The following provisions are incorporated by full text: 52.252-1 Provisions Incorporated by Reference, Feb 1998 and 252.212-7000 Offeror Representations and Certifications Commercial Items, Jun 2005. The following provision is incorporated by reference: 52.212-2 Evaluation Commercial items, Jan 1999. Addendum To 52.212-2: The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation and is the most advantageous to the Government. The following factors shall be used to evaluate quotes: Technical acceptability and Price. Technical acceptability: Vendor must provide Brand Name Only for the items listed in this solicitation. All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest price technically acceptable quote. All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest price technically acceptable quote. The following provision is incorporated by reference: 52.212-3 Offeror Representations and Certifications Commercial Items, Aug 2009 Alternate I, Apr 2002. Vendors shall include a completed copy of FAR provision 52.212-3 as outlined therein or be registered in ORCA. The closing date and time of this solicitation is 21 September 2010, 12:00 PM CST. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax quotes to Southern Regional Contracting Office - West 210-221-5359. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact is: Donna Dechert, 210-221-3159; donna.dechert@amedd.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-10-T-0370/listing.html)
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
- Zip Code: 78234-6200
- Zip Code: 78234-6200
- Record
- SN02280786-W 20100916/100914235532-fa2b44fe4b6a1ff742767055158ec887 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |